INSIDE THE

NEWS + ADVICE

DoD Contracts: Raytheon Missiles and Defense, Lockheed Martin, Northrop Grumman, CAE USA Inc., Week of 5-8-23 to 5-12-23

Posted by Ashley Jones
aircraft

5/8

ARMY

AICI-Archirodon JV LLC, McLean, Virginia, was awarded a $319,535,250 firm-fixed-price contract for to design and construct port facilities, infrastructure and utilities. Bids were solicited via the internet with two received. Work will be performed in Jubail, Saudi Arabia, with an estimated completion date of Sept. 26, 2026. Fiscal 2023 Foreign Military Sales (Saudi Arabia) funds in the amount of $319,535,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912ER-23-C-0002).

Page Southerland Page Inc., Washington, D.C. (W9128F-23-D-0025); Wiley & Wilson Inc., Alexandria, Virginia (W9128F-23-D-0026); and Karn Charuhas Chapman & Twohey PC, Washington, D.C. (W9128F-23-D-0027), will compete for each order of the $30,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 2, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. 

Callan Marine Ltd, Galveston, Texas, was awarded a $9,430,000 firm-fixed-price for dredging services. Bids were solicited via the internet with five received. Work will be performed in Galveston, Texas, with an estimated completion date of March 8, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $9,430,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-23-C-0009).

DEFENSE LOGISTICS AGENCY

Cummins Power Generation, Minneapolis, Minnesota, has been awarded a maximum $75,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to produce spare parts in support of the Mobile Expeditionary Power Sources and Advanced Medium Mobile Power Sources programs. This was a competitive acquisition with one offer received. This is a five-year base contract with one five-year option period. The performance completion date is May 7, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-23-D-0003).

UPDATE: John Deere Shared Services LLC, Moline, Illinois (SPE8EC-23-D-0010, $755,000,000), has been added as an awardee to the multiple award contract for construction equipment, issued against solicitation SPE8EC-21-R-0004 and awarded Nov. 3, 2022.

UPDATE: Avfuel Corp., Ann Arbor, Michigan (SPE607-23-D-0079, $28,821,908), has been added as an awardee to the multiple award contract for fuel support at Phoenix Goodyear Airport, Arizona, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

NAVY

Lockheed Martin Corp., Orlando, Florida, was awarded a $26,373,122 firm-fixed-price modification to previously awarded contract N00024-18-C-4208 to exercise options for Machinery Control System production shipsets in support of both the DDG 51 modernization program and DDG 51 new construction. Work will be performed in Orlando, Florida, and is expected to be completed by November 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $9,136,084 (35%); and fiscal 2023 other procurement (Navy) funds in the amount of $17,237,038 (65%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $10,912,499 undefinitized contract action to previously awarded contract N00024-20-C-2120 to perform component, software and system preliminary design. Work will be performed in Cambridge, Massachusetts, and is expected to be completed by December 2023. Fiscal 2023 research, development, test and evaluation funds totaling $3,500,000 will be obligated at the time of authorization and will not expire at the end of the current fiscal year.  This contract was not competitively procured. The statutory authority for this sole source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

AIR FORCE

CFD Research Corp., Huntsville, Alabama, has been awarded a $24,547,621 cost-plus-fixed-fee contract for Airman readiness medical research in-silico framework to evaluate toxicity of hazardous materials. This contract provides for research, development, and validation of a broad in-silico framework for toxicity risk assessment of Air Force-relevant hazardous materials and contaminants. Work will primarily be performed in Huntsville and is expected to be completed May 7, 2027. Fiscal 2022 research, development, test and evaluation funds in the amount of $1,000,000 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2384-23-C-0003).

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded an $8,243,462 sole-source, hybrid cost-plus-fixed-fee and cost-plus-incentive-fee contract modification (P00064) under Aegis BMD Weapon Systems contract HQ085121C0002.  This modification establishes new Contract Line Item Numbers 0063 and 0066 to support Digital Receive Upgrade urgent material efforts.  Obligation in the amount of $8,243,462 using fiscal 2023 research, development, test and evaluation funds will occur at the time of award.  The work will be performed in Moorestown, New Jersey, with period of performance from time of award through Feb. 29, 2024.  The value of the contract increases from $1,281,031,190 by $8,243,462 to $1,289,274,652.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

*Small business

5/9

MISSILE DEFENSE AGENCY

Northrop Grumman Corp., Chandler, Arizona, is being awarded a firm-fixed-price in-scope modification to a previously awarded other transaction prototype agreement.  The value of this modification is $83,712,945, which increases the total value of the agreement to $239,372,600.  Under this modification, the performer will continue to develop and refine their Glide Phase Intercept (GPI) concept during the technology development phase.  The work will be performed in Chandler, Arizona; Linthicum, Maryland; Colorado Springs, Colorado; San Diego, California; and Huntsville, Alabama.  The modification period of performance is from May 9, 2023, through March 12, 2024.  This initial agreement was competitively awarded using other transaction Authority provided by 10 U.S. Code 4022 through the Enhanced Hypersonic Defense Broad Agency Announcement with Glide Phase Interceptor Special Topic, HQ0851-21-S-0001. Research, development, test, and evaluation funds will be used to fund the modification.  The government will obligate in the amount of $79,237,924 at the time of award.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ08512290002).

Raytheon Missiles and Defense, Tucson, Arizona, is being awarded a firm-fixed-price in-scope modification to a previously awarded other transaction prototype agreement to extend the existing period of performance. The value of this modification is $88,678,007, which increases the total value of the agreement to $241,486,454. Under this modification, the performer will continue to develop and refine their Glide Phase Intercept (GPI) concept during the technology development phase. The work will be performed in Tucson, Arizona; El Dorado Hills, California; Aurora, Colorado; Tewksbury, Massachusetts; Woburn, Massachusetts; Andover, Massachusetts; McKinney, Texas; and Huntsville, Alabama. The modification period of performance is from May 9, 2023, through March 20, 2024. This initial agreement was competitively awarded using other transaction authority provided by 10 U.S. Code 4022 through the Enhanced Hypersonic Defense Broad Agency Announcement with Glide Phase Interceptor Special Topic, HQ0851-21-S-0001. Research, development, test, and evaluation funds will be used to fund the modification. The government will obligate the amount of $84,178,815 at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ08512290003).

Northrop Grumman Systems Corp., Huntsville, Alabama, is being awarded a $244,675,813 modification to a previously awarded indefinite-delivery/indefinite-quality contract (HQ014718D0005). The contract modification will continue the development, integration, testing and fielding of complex advanced discrimination techniques, operation and sustainment of complex modeling and simulation techniques and tools used to model Ballistic Missile Defense System capabilities.  The work will be performed in Huntsville, Alabama; Colorado Springs, Colorado; Boulder, Colorado; and Azusa, California, and is expected to be completed by March 4, 2026. There will be no funding obligated to associated task orders at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

NAVY

MBDA Inc., Arlington, Virginia, is awarded a $19,626,194 not-to-exceed firm-fixed-price, cost-plus-fixed-fee modification to previously awarded undefinitized contract action N00024-23-C-2301 for the production of the Common Anti-Air Module Missile (CAMM) for the Multi-Mission Surface Combatants (MMSC) ships. This contract involves Foreign Military Sales to the Kingdom of Saudi Arabia. Work will be performed in Stevenage, England (70%); Indian Head, Maryland (18%); Huntsville, Alabama (9%); Arlington, Virginia (2%); and Mayport, Florida (1%), and is expected to be completed by January 2027. Foreign Military Sales funds for the Kingdom of Saudi Arabia in the amount of $1,205,203 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2301).

Peraton Labs Inc., Basking Ridge, New Jersey, is awarded a $9,201,033 cost-plus-fixed-fee contract for the non-recurring engineering, development, production, testing and integration of 1553 Data Bus Cybersecurity Intrusion Detection/Intrusion Prevention System (IDS/IPS) devices for the MQ-8C Fire Scout. The non-recurring engineering is to design/develop the hardware, firmware, and software to meet MQ-8C integration requirements, to include relevant qualification testing. Additionally, this contract will provide two fully qualified IDS/IPS prototype kits. Work will be performed in Basking Ridge, New Jersey, and is expected to be completed in May 2025. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,944,399; and fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $6,256,634 will be obligated at the time of award, $6,256,634 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c) (1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0048).

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $8,469,847 modification to a previously awarded cost-plus-award-fee/cost-plus-incentive-fee contract N00024-16-C-4306 for the USS Harry S. Truman (CVN-75) Fiscal 2022 planned incremental availability. Work will be performed in Portsmouth, Virginia, and is expected to be completed September 2023. Fiscal 2022 other procurement (Navy) funds in the amount of $8,164,156 will be obligated at the time of award and will not expire at the end of the current fiscal year. Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

5/10

AIR FORCE

The Boeing Co., Long Beach, California, has been awarded a $216,035,737 modification (P00013) to previously awarded indefinite-delivery/indefinite-quantity contract FA8526-21-D-0001 for C-17 Globemaster landing gear spares management services. Work will be performed primarily in Long Beach, California, and is expected to be completed by Sept. 30, 2024. This contract involves Foreign Military Sales to the United Kingdom, Australia, Canada, NATO Airlift Management Program Office, India, Kuwait, United Arab Emirates, and Qatar. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

CORRECTION: The $137,861,955 contract announced May 5, 2023, to General Dynamic Information Technology Inc., Church, Virginia (FA8629-23-D-5031), to develop and sustain the system-of-systems Special Warfare Assault Kit, was awarded May 9, 2023.

NAVY

ReconCraft LLC,* Anchorage, Alaska, is awarded a $22,070,151 firm-fixed-price contract for two Norwegian Combatant Craft Mediums. This contract includes options which, if exercised, would bring the cumulative value of this contract to $30,950,521. Work will be performed in Clackamas, Oregon, and is expected to be completed by August 2025. If all options are exercised, work will continue through January 2026. Foreign Military Financing (Norway) funds in the amount of $22,070,151 will be obligated at time of award and will not expire at the end of the fiscal year. This contract was not competitively procured in accordance with Section 8(a) of the Small Business Act (15 U.S. Code § 637(a)) and the Federal Acquisition Regulation Part 19.8. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2205).

Lockheed Martin Corp., Syracuse, New York, is awarded an $18,000,000 cost-plus incentive-fee modification to the previously awarded delivery order N00024-19-F-6201 under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for design and qualification testing of submarine electronic warfare equipment. Work will be performed in Syracuse, New York, and is expected to be completed by February 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $10,185,384 (97%); and fiscal 2022 other procurement (Navy) funds in the amount of $350,000 (3%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $10,482,918 cost-plus-fixed-fee modification (P00251) to a previously awarded contract (N0001914C0067).  This modification adds scope and provides non-recurring engineering in support of mission systems hardware and software to develop a unique configuration of the P-8A aircraft for the government of Germany.  Work will be performed in Seattle, Washington, and is expected to be completed in December 2024.  Foreign Military Sales customer funds in the amount of $10,482,918 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary Mission Systems, Orlando, Florida, is awarded an $8,878,759 cost-plus-fixed-fee modification (P00066) to a previously awarded contract (N6833517C0253).  This modification exercises options to procure various repair of repairables and consumables in support of the sustainment and calibration of electronic Consolidated Automated Support System (eCASS) stations for the Navy and Foreign Military Sales (FMS) customers.  Work will be performed in Orlando, Florida, and is expected to be completed in May 2024. Working Capital (Navy) funds in the amount of $8,297,100; fiscal 2023 aircraft procurement (Navy) funds in the amount of $157,524; and FMS funds in the amount of $424,135 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Huntington-Ingalls Industries – Ingalls Shipbuilding, Pascagoula, Mississippi, was awarded a $8,703,236 cost-plus-award-fee modification to previously awarded contract N00024-21 C4205 to procure material in support of planning yard services for operational/in-service Amphibious Transport Dock (LPD-17). Work will be performed in Norfolk, Virginia, and is expected to be completed by December 2025. Fiscal 2023 other procurement, Navy funding in the amount of $8,703,236 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 19, 2023)

DEFENSE LOGISTICS AGENCY

UPDATE: Geo-Med, LLC,** Lake Mary, Florida (SPE2D1-23-D-0004, $90,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022.

UPDATE: McCreery Aviation Co., Inc., McAllen, Texas (SPE607-23-D-0080, $19,925,313), has been added as an awardee to the multiple award contract for fuel support at McAllen Miller International Airport, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

UPDATE: Signature Flight Support, Orlando, Florida (SPE607‐23‐D‐0064, $14,418,732), has been added as an awardee to the multiple award contract for fuel support at Mobile Regional Airport, Alabama, issued against solicitation SPE607‐23‐R‐0202 and awarded March 6, 2023. 

UPDATE: Avfuel Corp., Ann Arbor, Michigan (SPE607‐23‐D‐0063, $11,122,271), has been added as an awardee to the multiple award contract for fuel support at Montgomery Regional Airport, Alabama, issued against solicitation SPE607‐23‐R‐0202 and awarded March 6, 2023. 

*Small business
**Service-disabled veteran-owned small business

5/11

DEFENSE LOGISTICS AGENCY

DBISP LLC,** Indianapolis, Indiana (SP7000-23-D-0010); Intelli-Tech,*** La Verne, California (SP7000-23-D-0011); Federal Merchants Corp.,** Indianapolis, Indiana (SP7000-23-D-0012); JTF Business Systems Corp.,* Springfield, Virginia (SP7000-23-D-0013); Netsync Network Solutions,**** Houston, Texas (SP7000-23-D-0014); OMNI Business Systems,* Alexandria, Virginia (SP7000-23-D-0015); and Paragon One Group LLC,*** Gaithersburg, Maryland (SP7000-23-D-0016), are sharing a maximum $17,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP7000-22-R-1003 for A4 desktop multifunctional devices, desktop printers, flatbed scanners and accessories. This was a competitive acquisition with eight responses received. These are five-year contracts with no option periods. Locations of performance are throughout the continental U.S., Guam and Puerto Rico, with a May 10, 2028, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, New Cumberland, Pennsylvania.

Noble Supply and Logistics,* Boston, Massachusetts, has been awarded a maximum $562,500,000 modification (P00004) exercising the first one-year option period of a two-year base contract (SPE8E3-21-D-0006) with two one-year option periods for facilities maintenance, repair and operations supplies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Japan, Philippines, Singapore, Thailand, and Diego Garcia, with a Nov. 12, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. (Awarded May 9, 2023)

MISSILE DEFENSE AGENCY

CORRECTION: The $244,675,813 contract modification announced May 9, 2023, to Northrop Grumman Systems Corp., Huntsville, Alabama, to continue the development, integration, testing and fielding of complex advanced discrimination techniques, operation and sustainment of complex modeling and simulation techniques and tools used to model Ballistic Missile Defense System capabilities, was awarded Wednesday, May 10, 2023.

NAVY

MIG GOV,* Virginia Beach, Virginia (N4008523D0043); CCI Group LLC,* Manchester, Maine (N4008523D0044); Etolin Strait Associates,* Norfolk, Virginia (N4008523D0045); Goshawk LLC,* San Antonio, Texas (N4008523D0046); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N4008523D0047); and TYBe-Garney Federal JV LLC,* Newbern, Tennessee (N4008523D0048), are awarded a combined-maximum-value $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity design-build and design-bid-build multiple-award construction contract for utility mechanical construction services in the Hampton Roads, Virginia, area. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Work will be primarily performed in the Hampton Roads Virginia, area; however, work may also be required in other areas of the Navy Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic area of responsibility if deemed necessary. Work is expected to be completed by May 2028. Each awardee will be awarded $5,000 at time of award in order to satisfy the minimum guarantee. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $30,000 will be obligated at time if award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. This contract was competitively procured via the www.SAM.gov website, with seven proposals received. NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

General Dynamics NASSCO, San Diego, California, is awarded a $66,854,586 firm-fixed-price contract action for maintenance, modernization and repair of USS Makin Island (LHD 8) fiscal 2023 selected restricted availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for managing critical modernization, maintenance, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $74,981,830. Work will be performed in San Diego, California, and is expected to be completed by October 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $54,941,283 (82.2%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $11,913,303 (17.8%) will be obligated at the time of award, of which $11,913,303 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award (SAM) website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423C4404).

BahFed Corp.,* Portland, Oregon (N6893623D0025); GovTec Ventures LLC,* Annapolis, Maryland (N6893623D0026); Noble Supply and Logistics LLC,* doing business as Federal Resources Supply Co.,* Stevensville, Maryland (N6893623D0027); Pacific IC Source* Yucaipa, California (N6893623D0028); and Unistar-Sparco Computers Inc.,* Millington, Tennessee (N6893623D0029), are each awarded a firm-fixed-price indefinite-delivery/indefinite-quantity contract. These contracts procure various types of commercial digital information technology hardware, software products and licenses, and laboratory equipment in support of the Naval Air Warfare Center Weapons Division (NAWCWD) Weapons and Energetics Department for the Navy. The estimated aggregate ceiling for all contracts is $49,000,000, with the companies having an opportunity to compete for individual orders. Work will be performed in Portland, Oregon (20%); Annapolis, Maryland (20%); Stevensville, Maryland (20%); Yucaipa, California (20%); and Millington, Tennessee (20%), and is expected to be completed in May 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured as a small business set-aside, 18 offers were received. NAWCWD, China Lake, California, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $34,655,442 cost-plus-fixed-fee modification (P00001) to a previously awarded contract (N0001923C0009). This modification provides program management, software engineering, software engineering transformation, and cyber support to develop the Beyond Line of Sight F-35 Capability. Work will be performed in Fort Worth, Texas (50%); and San Diego, California (50%), and is expected to be completed in February 2026. Fiscal 2023 research, development, test and evaluation (Air Force) funds in the amount of $200,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Iridium Satellite LLC, McLean, Virginia, is awarded a $22,158,610 cost-plus-fixed-fee contract for Iridium Satellite communications for the Naval Surface Warfare Center Dahlgren Division Weapons Control and Integration Department, Asymmetric Systems Division. Work will be performed in McLean, Virginia, and is expected to be complete by May 2028. Fiscal 2023 research, development, test and evaluation (Navy) funding in the amount of $100,000 will be obligated at time of award and will not expire at the end of the fiscal year. This contract was solicited on a sole source basis via a synopsis posted in System for Award Management (SAM) and was awarded in accordance with 10 U.S. Code 2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N0017823C2401).

Helber Hastert & Fee Planners Inc., doing business as HHF Planners,* Honolulu, Hawaii, is awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for preparation of Navy and Marine Corps National Environmental Policy Act-related documents for Naval Facilities Engineering Systems Command (NAVFAC) Pacific, NAVFAC Hawaii, NAVFAC Marianas, and other NAVFAC commands worldwide as needed. No task orders are being issued at this time. Work will be performed primarily within the NAVFAC Pacific area of operations, including, but not limited to, Hawaii (80%), Guam (15%), and other NAVFAC activity locations worldwide (5%) and is expected to be completed by May 2028. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the sam.gov website, with three proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-23-D-1804).

Vigor Marine LLC, Portland, Oregon, is awarded a $17,776,223 firm-fixed-price contract N3220523C4016 for a 60-calendar day shipyard availability for a midterm availability of Military Sealift Command’s fleet replenishment oiler USNS Guadalupe (T-AO 200). The contract contains a base period and five unexercised options, which if exercised, would increase cumulative contract value to $20,701,333. Work will be performed in Portland, Oregon, beginning July 10, 2023 and is expected to be completed by Sept.7, 2023. Working capital contract funds (Navy) in the amount of $17,776,223 are obligated for fiscal 2023 on this award and will not expire at the end of the current fiscal year. This contract was full and open competition with proposals solicited via the Government Point of Entry website and one proposal received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Huntington-Ingalls Industries – Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded a $9,445,800 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C4313 to procure material in support of planning yard services for Littoral Combat Ships. Work will be performed in San Diego, California, and is expected to be completed by December 2025. Fiscal 2023 other procurement (Navy) funding in the amount of $9,445,800 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $8,519,045 cost-plus-award-fee order, N6278623F0012, against the previously awarded basic ordering agreement N00024-16-G-2301 to provide planning, management and emergent availability support for USS John Basilone (DDG 122). Work will be performed in Mayport, Florida (70%); and Bath, Maine (30%), and is expected to be completed by November 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,981,962 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Systems & Technology Research LLC,* Woburn, Massachusetts, has been awarded a $27,875,536 cost-plus-fixed-fee completion contract for Phase 3 of the Joint All-Domain Warfighting Software (JAWS) program. This contract provides for continuation of Systems & Technology Research LLC’s Phase 1 and 2 research to maximize the effectiveness of military force through theater-scale battle management command and control with automation and predictive analytics. Phase 3 efforts will build upon and extend the orchestration services, predictive analytics and user interfaces developed during the first two program phases. Work will be performed in Woburn, Massachusetts (83%); Malden, Massachusetts (3%); Poway, California (3%); Tewksbury, Massachusetts (3%); Fairfax, Virginia (7%); and Churchville, Maryland; Arlington, Texas; and Brewster, Massachusetts (totaling 1%), with an expected completion date of August 2024. Fiscal 2023 research, development, test and evaluation funds in the amount of $1,000,000 are being obligated at time of award. This contract was a sole-source acquisition. The Defense Advanced Research Agency, Arlington, Virginia, is the contracting activity (HR0011-23-C-0095).

AIR FORCE

The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, was awarded a task order with a $10,000,000 ceiling on a previously awarded indefinite-delivery/indefinite-quantity contract for Evolved Strategic Satellite Communications (ESS) Software Integrator, Facilitator, and Tester (SWIFT). The contract will provide for the primary survivable and endurable satellite communications capability for the Nuclear Command, Control, and  Communications (NC3) mission in all operational environments. The work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by May 10, 2025. This contract was a sole source University Affiliated Research Center acquisition. Fiscal 2023 research, development, test and evaluation funds in the amount of $10,000,000 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity (FA8819-23-F-1002). (Awarded May 10, 2023)

Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a ceiling of $18,338,306 modification P00004 to previously awarded contract FA8819-18-D-0009 for the National Space Test and Training Complex support. This modification brings the total cumulative face value of the contract to $24,944,536 from $6,606,229. Work will be performed at Los Angeles Air Force Base and is expected to be completed by May 10, 2025. Fiscal 2023 research, development, test and evaluation funds in the amount of $4,000,000 are being obligated at time of award. The Space Systems Command, Los Angeles AFB, California, is the contracting activity. (Awarded May 10, 2023)

ARMY

CUBRC Inc., Buffalo, New York, was awarded a $15,999,972 cost-plus-fixed-fee contract to address specific technical areas to advance the state-of-the-art test and evaluation capabilities and increase the productivity of programs at the Calspan University of Buffalo Research Center. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 10, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-F-0176).

*Small business
**Small-disadvantaged business
***Woman-owned small business
****Small-disadvantaged woman-owned small business

5/12

ARMY

Yoland Corp., Paterson, New Jersey, was awarded a $76,210,684 firm-fixed-price contract for parachutes for artillery and mortar illuminating ammunition. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 12, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-D-0025). 

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $24,145,684 firm-fixed-price contract to construct an advanced skills training facility annex. Bids were solicited via the internet with three received. Work will be performed in at Fort Bragg, North Carolina, with an estimated completion date of May 11, 2025. Fiscal 2022 and 2023 military construction, defense-wide funds in the amount of $24,145,684 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-23-C-0011). 

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $16,293,977 cost-plus-fixed-fee contract to repair critical equipment and infrastructure at Radford Army Ammunition Plant. Bids were solicited via the internet with one received. Work will be performed in Radford, Virginia, with an estimated completion date of April 20, 2025. Fiscal 2023 procurement of ammunition, Army funds in the amount of $16,293,977 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0174).

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $9,638,559 modification (P00132) to contract W56HZV-17-C-0001 for the production and delivery of M109A7 and M992A3 vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of March 19, 2024. Fiscal 2023 operation and maintenance, defense-wide funds in the amount of $9,638,559 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

CDM Stanley A Joint Venture, Fairfax, Virginia, was awarded an $8,146,547 firm-fixed-price contract to complete the design of the entire North Bypass Channel. Bids were solicited via the internet with one received. Work will be performed in Fort Worth, Texas, with an estimated completion date of April 15, 2028. Fiscal 2023 other procurement, Army funds in the amount of $8,146,547 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0009).

DEFENSE LOGISTICS AGENCY

AM General LLC, South Bend, Indiana, has been awarded an estimated $42,777,140 firm-fixed-price, requirements contract for High Mobility Multipurpose Wheeled Vehicle runflat assemblies. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. The ordering period end date is May 11, 2026. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-D-0028).

UPDATE: SOFX Inc., Charleston, South Carolina (SPE1C1-23-D-0046, $11,655,000), has been added as an awardee to the multiple award contract for GEN III cold weather jackets, issued against solicitation SPE1C1-21-R-0019 and awarded March 28, 2023.    

AIR FORCE

CAE USA Inc., Tampa, Florida, was awarded a $44,522,812 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial Rotary Wing, Introductory Flight Training. The Rotary Wing, Introductory Flight Training provides for initial air, ground, and simulation training to prepare student pilot candidates for follow-on specialized rotary wing flight training. Work will be performed in Dothan, Alabama, and is expected to be completed May 11, 2033. This award is the result of a competitive source selection acquisition, and six offers were received. Fiscal 2023 operations and maintenance funds in the amount of $1,744,984 are being obligated at the time of award. The 338th Enterprise Sourcing Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity. (FA3002-23-D-0006).

Ball Aerospace & Technologies Corp., Boulder, Colorado, was awarded a $12,330,386 cost-plus-fixed-fee for the Distributed Heterogeneous On-Orbit Processing Engine (DHOPE) program. This contract provides for development and advancement of the DHOPE program. Work will be performed at Kirtland Air Force Base, New Mexico and is expected to be completed by February 2, 2027. This contract was a competitive acquisition and only one offer was received. Fiscal 2023 and research, development, test, and evaluation in the amount of $1,373,332 are being obligated at time of award. The Air Force Research Laboratory, Space Vehicles Directorate Contracting Division, Kirtland AFB, New Mexico, is the contracting activity (FA9453-23-C-A007).

NAVY

Wartsila Defense Inc., Chesapeake, Virginia, is awarded a $9,135,942 firm-fixed price indefinite-delivery/indefinite-quantity contract in support of the original equipment manufacturer for the Littoral Combat Ship Independence variant for waterjets, shafts and seals. This contract includes four ordering year options which, if exercised, would bring the cumulative value of this contract to $60,582,873. Work will be performed globally and defined in each delivery order. The completion of the base year is expected to be twelve months after award. If all options are exercised, work will continue through five years after date of award. Fiscal 2023 operations and maintenance (Navy) funds, which expire at the end of the current fiscal year, will be used for the base year delivery orders. Contract funds in the amount of $10,000 (minimum guarantee) will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured via the System for Award Management webpage; rather, this was a sole-sourced award, in accordance with 10 U.S. Code §2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-23-D-0002) 

General Dynamics Bath Iron Works, Bath, Maine, is awarded $8,159,294 firm-fixed-price modification to previously awarded contract N00024-19-C-2322 for procurement of Large Missile Vertical Launch System (LMVLS) – shock isolation – Internal Change Notice (ICN) 1 Supports. Work will be performed in North Tonawanda, New York (50%); Itasca, Illinois (37%); and Buffalo, New York (13%), and is expected to be completed by August 2024. Fiscal 2023 other procurement (Navy) funding in the amount of $8,159,294 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Eccalon LLC, Hanover, Maryland, is awarded a five-year task order (P00025) valued at $7,609,121 on a firm-fixed-price contract (HQ003418F0572) to provide support to the Office of Manufacturing and Industrial Base Policy’s National Security Technology Accelerator Program. Fiscal 2023 operations and maintenance funds in the amount of $7,609,121 are being obligated at the time of award. The cumulative total of the contract is $72,396,019. The total value of the contract if all options are exercised is $77,813,151. The contractor will develop the National Security Innovation Network’s (NSIN) online social platform, design hackathon events, implement quarterly showcase events, support innovators in residence at labs and academic institutions, standup and employ an Adaptive Threat Force course, and design and develop platforms and tools for Department of Defense (DOD) market networks, among other services. NSIN focuses on delivery education, collaboration, and acceleration programs, which bring together people from DOD, the venture community and academia to generate new ideas, nurture talent and find novel applications of technology to support the warfighter. The work will be performed at the Mark Center, Alexandria, Virginia.  The estimated contract completion date is Sept. 27, 2023.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

* Small business

Author

This entry was posted on Tuesday, May 16, 2023 2:37 pm

Leave a Reply

Your email address will not be published. Required fields are marked *

Notify me of updates to this conversation